Search Contract Opportunities

SOLE SOURCE - Preventive Maintenance, calibration service and repair service for one (1) Wabash 800-ton hydraulic press (Model: #800H-48-BCLPX, Serial Number: # 10595

ID: W911QX-18-Q-0155 • Type: Synopsis Solicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a response outline indicating that my company is also capable of performing this sole source work
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS

1. Class Code: J

2. NAICS Code: 333517

3. Subject: SOLE SOURCE - Preventive Maintenance, calibration service and repair service for one (1) Wabash 800-ton hydraulic press (Model: #800H-48-BCLPX, Serial Number: # 10595

4. Solicitation Number: W911QX-18-Q-0155

5. Set-Aside Code: N/A

6. Response Date: Five (5) days, not including date of posting due via email to the Primary Point of Contact listed in the FedBizOpps.gov webpage for this combined synopsis-solicitation.

7. Place of Delivery/Performance:
U.S. Army Research Laboratory
Aberdeen Proving Ground, MD 21005-5066

8. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

INTENT TO SOLICIT ONLY ONE SOURCE

The proposed contract action is for supplies or services for which the
Government is soliciting and negotiating with only one source under the authority
of FAR 13.106-1(b)(1)(i) Only One Responsible Source and No Other Supplies or
Services Will Satisfy Agency Requirements. The name of the company the
Government intends to award a contract to is Wabash Metal Product, Inc. (MPI)
1569 Morris St, Wabash, Indiana 46992-3538. This notice of intent
is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation.

(End of clause)

(ii) The solicitation number is W911QX-18-Q-0155. This acquisition is issued as an Request for Quote (RFQ).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100, effective 22 August 2018.

(iv) This acquisition is set-aside for N/A. The small business size standard is N/A.

(v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):

CLIN 0001: The Contractor shall provide Preventitive Maintenance and Calibration and Replacment parts listed below:
One (1) Rexroth pump, Product Number (PN): 152.00642
One (1) Gear pump, PN: 152.00752
Two (2) SG70 Insulation, PN: 440.00610

CLIN 0002: Contractor Manpower Reporting

CLIN 0003: Data

(vi) Description of requirements: N/A

(vii) Delivery is required by 20 weeks ARO. Acceptance shall be performed at the U.S. Army Research Laboratory, Aberdeen Proving Ground, MD 21005-5066. The FOB point on the quotes is destination, Aberdeen, MD.

(viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: Not Applicable

(ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Not Applicable

(x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.

(xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause None.

(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable:

52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016)

52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JUL 2013)

52.222-3 CONVICT LABOR (JUN 2003)

52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES ACT (OCT 2016)

52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015)

52.222-26 EQUAL OPPORTUNITY (SEP 2016)

52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)

52.222-50 COMBATING TRAFFICKING IN PERSONS (MAR 2015)

52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)

52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)

52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013)

(xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):

52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016)

52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016)

52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE

52.252-2 CLAUSES INCORPORATED BY REFERENCE

252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)

252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016)

252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016)

252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)

252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)

252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016)

252.204-7011 ALTERNATE LINE ITEM STRUCTURE (SEP 2011)

252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016)

252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016)

252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013)

252.225-7000 BUY AMERICAN STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014)

252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENT PROGRAMS (DEC 2016)

252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006)

252.237-7010 PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (JUN 2013)

252.244-7000 SUBCONTRACTS FOR COMMERICAL ITEMS (JUN 2019)

252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (APR 2014)

LOCAL INFORMATION:

ACC - APG POINT OF CONTACT

TECHNICAL POINT OF CONTACT

INTENT TO SOLICIT ONLY ONE SOURCE

TYPE OF CONTRACT (Reference: 52.216-1)

GOVERNMENT INSPECTION AND ACCEPTANCE
PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED)

TAX EXEMPTION CERTIFICATE (ARL)

RECEIVING ROOM REQUIREMENTS - ALTERNATE I (APG)

SUPERVISION OF EMPLOYEES

WORK HOURS

IDENTIFICATION OF CONTRACTOR EMPLOYEES

GOVERNMENT-CONTRACTOR RELATIONSHIPS

EXCEPTIONS OR CONDITIONS CONTAINED IN OFFEROR'S PROPOSAL

AWARD OF CONTRACT

ADELPHI CONTRACTING DIVISION WEBSITE

FOREIGN NATIONALS PERFORMING UNDER CONTRACT

PAYMENT TERMS

DD FORM 1423 - CONTRACT DATA REQUIREMENTS LIST

CMRA CLIN INSTRUCTIONS

(xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A

(xv) The following notes apply to this announcement: N/A

(xvi) Offers are due on Five (5) days, not including date of posting via email to Ashley.e.eaker2.civ@mail.mil

(xvii) For information regarding this solicitation, please contact Ashley Eaker, (301) 394-4229, Ashley.e.eaker2.civ@mail.mil

Overview

Response Deadline
Sept. 22, 2018, 12:59 p.m. EDT Past Due
Posted
Sept. 17, 2018, 12:25 p.m. EDT (updated: Sept. 17, 2018, 12:29 p.m. EDT)
Set Aside
None
Place of Performance
U.S. Army Research Laboratory ABERDEEN PROVING GROUND, MD 21005-5066 USA
Source
SAM

Current SBA Size Standard
500 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Sole Source
Signs of Shaping
The solicitation is open for 5 days, below average for the ACC Aberdeen Proving Ground.
On 9/17/18 ACC Aberdeen Proving Ground issued Synopsis Solicitation W911QX-18-Q-0155 for SOLE SOURCE - Preventive Maintenance, calibration service and repair service for one (1) Wabash 800-ton hydraulic press (Model: #800H-48-BCLPX, Serial Number: # 10595 due 9/22/18. The opportunity was issued full & open with NAICS 333517 and PSC J.
Primary Contact
Title
Contract Specalist
Name
Ashley Eaker   Profile
Phone
2

Documents

Posted documents for Synopsis Solicitation W911QX-18-Q-0155

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Contract Awards

Prime contracts awarded through Synopsis Solicitation W911QX-18-Q-0155

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W911QX-18-Q-0155

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W911QX-18-Q-0155

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-APG
FPDS Organization Code
2100-W911QX
Source Organization Code
500038577
Last Updated
Oct. 7, 2018
Last Updated By
PI33_DR_IAE_51681
Archive Date
Oct. 7, 2018